Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2003 FBO #0632
SOLICITATION NOTICE

70 -- 70 Creation of Application Test Environment

Notice Date
8/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
Reference-Number-SSA-RFQ-03-1484
 
Response Due
9/4/2003
 
Archive Date
9/5/2003
 
Point of Contact
Kathy Fain, Contract Specialist, Phone 410-965-4853, Fax 410-965-9560, - Donna Porter, Contract Specialist, Phone 410-965-9480, Fax 410-965-9560,
 
E-Mail Address
kathryn.fain@ssa.gov, donna.j.porter@ssa.gov
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCMEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. SOLICIATION NUMBER SSA-RFQ-03-1484 IS BEING ISSUED AS A REQUEST FOR QUOTATION (RFQ) USING SIMPLIFIED ACQUISITION PROCEDURES. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. This acquisition is NOT set aside for small business. The NAICS code is 511210 and the related small business size is $21 million. The Social Security Administration has a requirement for a DB2 test and development support tool, to be used in construction and maintenance of an application test environment. The creation of realistic and representative test data is essential to the integrity of Social Security programs, and to streamline and simplify SSA’s application development environment, while also satisfying applicable security and privacy requirements. The period of performance is 12 months from date of acceptance of the software. REQUIREMENTS/SPECIFICATIONS: The Contract Line Item Number (CLIN), quantity, and unit issue are as follows: CLIN 0001, One Software Perpetual License for use in any mainframe up to 700 MIPS; CLIN 0002 Maintenance and telephone support, for a period of Twelve (12) months; CLIN 0002 Training, for Four (4) end-users and Two (2) administrators. Training may be delivered via Web Conference. The software shall conform to the following salient characteristics: a)PLATFORM: The tool shall run in the following host system environment: DB2 V7.x; DB2 CONNECT 7.5.2 ; z/OS 1.4; JES3; MVS Parallel Sysplex; TSO; Top Secret 5.x . b)INTEGRATED TOOLSET: The tool shall provide common user-friendly screen interfaces that: integrate product feature sets; allow end-users to quickly and easily request DB2 data—as well as other IBM compatible data (VSAM or sequential); reduce the need for Quality Assurance (QA) validators to have extensive knowledge of SQL and database internals; c)DATABASE PARTITIONING: the tool shall provide a solution that will assist with the creation and maintenance of application-specific views (subsets) of DB2 test data; the tool shall provide a solution that reduces the need for database administrators to create and maintain separate physical instances of test databases—in order to support end-user requests for custom views of test data; The tool shall allow system developers, QA validators and system integrators to 1) work and test concurrently within the same physical database instance; 2)work within the same physical database instance—but independently of each other 3)extract and maintain private, logical end-user views (subsets) of DB2 test data; 4) process private subsets of data and view any changes made. d) DATA MIGRATION. The tool shall provide a solution that will: automate selective DB2 data extraction and migrate extracted data across multiple platforms; support data migration from separate but related sources; maintain referential integrity of data extracted from multiple sources. e) SECURITY: The tool shall have to ability to mask sensitive account information during data extraction processes—to ensure that sensitive production data is not introduced into test environments. f) DATA COMPARISON: The tool shall provide a solution that allows for “before” and “after” comparisons of DB2 test data. The solution shall allow:1) application programmers to compare test data against base copy data; 2) routine regression testing against system maintenance releases. PACKAGING AND MARKING: The Government’s order number, to be provided at time of award, must be displayed on the outside of each carton delivered. DELIVERY: The vendor shall deliver all items FOB Destination to SSA, Operations Building Loading Dock, Receiving Clerk, 6401 Security Blvd, Baltimore, MD 21235, Telephone Number 410-965-4069. Required delivery time is 10 days. EVALUATION: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors in descending order of importance shall be used to evaluate offers: 1) Technical Capability to Meet the Government’s needs; 2) Past Performance. Technical and Past Performance, when combined, are significantly more important than price. TERMS AND CONDITIONS: The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. Additionally, the clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition, including subparagraphs (b)(13), (b)(14), (b)(15), (b)(16), (b)(17), (b)(18), (b)(19),(b)(22), (b)(30), and (b)(32). SUBMISSION INSTRUCTIONS: The provisions at 52.212-1, Instructions to Offerors—Commercial Items, apply to this acquisition. All offerors shall submit the following: 1) Three (3) Copies of quotation which addresses CLIN 0001, 0002, and 0003; Technical description and/or product literature which demonstrates that the product conforms to all technical requirements; 3) Description of commercial warranty and/or terms of software agreement; 4) Two (2) copies of most recently published price list(s); 5) a list of three contracts completed in the past three years for similar equipment with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number and 6) A completed copy of the provision at FAR 52.212-3 Offerors Representations and Certifications—Commercial items. This may be downloaded at http://www.arnet.gov/far/loadmain52.html. 7) A completed copy of the Section 508 Evaluation template (Vendor Product Accessibility Template) which may be downloaded at http://www.ssa.gov/oag/info/section508_evaluation_template.htm, 8) A completed copy of the SSA Section 508 Accessibility Requirements, which may be downloaded at http://www.ssa.gov/oag/info/ssa_section508_requirements.htm. RESPONSE DATE: Submission shall be received by 3:00pm local time on 9/4/03. Faxed Offers will not be accepted. All offers should be sent to the Social Security Administration, Attn: Kathy Fain, Office of Acquisition and Grants; 1710 Gwynn Oak Avenue, Baltimore, MD 21207. For information, contact the POC identified above.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/SSA/DCFIAM/OAG/Reference-Number-SSA-RFQ-03-1484/listing.html)
 
Record
SN00409536-F 20030823/030821225031 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.